Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
1996-147
ORDINANCE NO 9-6--14 % AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated competitive bids for the purchase of necessary materials, equipment, supplies or services in accordance with the procedures of STATE law and City ordinances, and WHEREAS, the City Manager or a designated employee has reviewed and recommended that the herein described bids are the lowest responsible bids for the materials, equipment, supplies or services as shown in the 'Bid Proposals" submitted therefore, and WHEREAS, the City Council has provided in the City Budget for the appropriation of funds to be used for the purchase of the materials, equipment, supplies or services approved and accepted herein, NOW, THEREFORE, a6=41 WreIW"#YRUM WEl7o)a1211[ 21 91:]9)wall N171IelT,9 SRCTION T That the numbered items in the following numbered bids for materials, equipment, supplies, or services, shown in the 'Bid Proposals" attached hereto, are hereby accepted and approved as being the lowest responsible bids for such items BID ITEM NUMBER Na VENDOR AMOUNT 1898 ALL J DAVIS ELECTRIC $ 18,250 00 1903 ALL TRANS DATA INC EXHIBIT "A" 1905 ALL WAUKESHA ELECTRIC SYSTEM $439,620 00 1912 ALL MCKINNEY METALS EXHIBIT `B" 1913 ALL TEMPLE INC $171,631 00 SECTION IT That by the acceptance and approval of the above numbered items of the submitted bids, the City accepts the offer of the persons submitting the bids for such items and agrees to purchase the materials, equipment, supplies or services in accordance with the terms, specifications, standards, quantities and for the specified sums contained in the Bid Invitations, Bid Proposals, and related documents SRCTTON ITT That should the City and persons submitting approved and accepted items and of the submitted bids wish to enter into a formal written agreement as a result of the acceptance, approval, and awarding of the bids, the City Manager or his designated representative is hereby authorized to execute the written contract which shall be attached hereto, provided that the written contract is in accordance with the terms, conditions, specifications, standards, quantities and specified sums contained in the Bid Proposal and related documents herein approved and accepted SECTION TV That by the acceptance and approval of the above numbered items of the submitted bids, the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved bids or pursuant to a written contract made pursuant thereto as authorized herein SECTION V That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this Z' day of 1996 JACV ILLER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY BY SUPP Y O DATE JULY 2, 1996 [811"KeillasilI: TO Mayor and Members of the City Council FROM Ted Benavides, City Manager SUBJECT BID # 1898 - DIESEL GENERATOR 20 KW RE -COMMENDATION: We recommend this bid be awarded to the lowest bidder meeting specification, J Davis Electric, in the amount of $18,250 00 SUMMARY: This bid is for the purchase of a 20 kw diesel powered electric generator with engine and transfer switch The unit will replace an obsolete unreliable unit currently intended to provide emergency power to the Service Center The new unit will serve as back-up power for Central Dispatch, Central Radio System, Supervisory Control and Data Acquisition Monitor, Personal Computers, Central Phone System, Lights, HVAC and Appliances Numerous mechanical problems exist with the older gasoline powered unit making it unreliable and uneconomical to repair and maintain The lower price offered by Cummins Supply failed to include installation charges BACKGROUND.: Tabulation Sheet PROGRAMS, DEPARTMENTS OR GR UPS AFFECTED. Denton Municipal Utility, Service Center Operations FISCAL IMPACT. 1995-96 budget funds, account #610-105-1051-9350-8301 Respectfully submitted Ted Benavides City Manager Approved Name Tom D Shaw, C P M Title Purchasing Agent 738 AGENDA � k § k � \ § u s . 8 ® ) I o # u � � ■ § \ ` § 44 � t ` K ) \ § § § ` 2 §d § 2 ■ ■ § S e § ■2 © 8 §� k z �t / / k \ - DATE JULY 2, 1996 ► : 'w1 TO Mayor and Members of the City Council FROM Ted Benavtdes, City Manager SUBJECT RFSP # 1903 - I E D ELECTRIC METERS We recommend this proposal be awarded to Trans Data Inc ITEM Q-Ty UNIT IUC E DESORPTION MODEL A 10 $1748 00 METER EMS60L09Sl4SMPRTX B 5 $1748 00 METER EMS60L0934SMPRTX C 2 $1748 00 METER EMS60LO8S24SMPRTX Estimated total amount $29,716 00 SUMMARY. This request for proposal is for the purchase of Intelligent Electronic Metering Devices These devices will make power quality monitoring available to high use electric utility customers through personal computers I E D Meters will provide a wide range of clear data about the end -users power quality conditions Communication interfaces will make it possible for the City to access data without going into the field The price of these meters will be held firm for one year, quantities listed are annual estimates Requests were sent to eighteen vendors with seven responding BACKGROUND: Tabulation of respondentents, Memorandum from Ray Wells dated June 17, 1996 PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Electric Metering Division, Electric Utilities Department, Electric Utility Customers of the City of Denton FISCAL IMPACT. Budgeted Funds for Electric Metering for 95-96, account #610-134-1034-3700-9224 Respectfully submitted Ted Benavides City Manager Prepared by 44a,r� Y Name Denise Harpool Title Senior Buyer Approved Name Tom D Shaw, C P M Title Purchasing Agent 745 AGENDA RFSP # 1903 RFSP NAME I E D ELECTRIC TRANS METERS DATA OPEN DATE 5-21-96 INC ITEM QTY DESCRIPTION VENDOR A 10 METER MODEL #EMS60LO9Sl4SMPRTX $1,748 00 B 5 METER MODEL #EMS60L0934SMPRTX $1,748 00 C K METER MODEL #EMS60L08S24SMPRTX $1,748 00 EXHIBIT "A" / Ir \ § LU > . -- --- LU z ;---------------= 2 _ ■ § : �-----_------------------------------ ---e k k � ---------------- � - § IL 93 ¥ �-��--------------------- ------------------------ a k § ------------- -------------------------------- to � - �� � ---------------- o k - § � CL- � -----§--------—§—--- IL0.� LU § ■ z § § v a LU o to § § • & § 2 2 , — -- § k. § k 2 k 5> j§ 9 § a ; R § 2 LU k § § _U B CL § - ----------=----= ®---------j (L LU z ° m m ■ ■ ■ \ ) E Z a « a « « « �—=---- *----------- ul "too /407 §®_ § 40 ° as ass � aCh � 4001, - CL w 2LU § ��agr z I.- 0 zzm ■ § U a EM 0 w §2 22§E ou- LU �§)LLA §���k z o«0000 A § o =■zzzz�0 © � «����uZu o@����■e 0■0 w zr oIL« . �§o■ 5 z �� k �d W� > §78 IL W� W , z a o a z 96 AN 20 1111 2 55 CITY OF DENTON MUNICIPAL UTILITIES • 901-A TEXAS STREET 0 DENTON TEXAS 76201 TO- TOM SHAW FROM RAY D. WELLS/SUPERINTENDENT, METERING DATE JUNE 17, 1996 SUBJECT: RFSP#1903-I E D ELECTRIC METERS The opening date for Bid Item # 1903 was May 21, 1996 Seven vendors submitted quotes with five of the seven taking execption to certain criteria therein After careful evaluation of bid # 1903, intelligent Electronic Devices, we have decided to award TransData Inc with the bid Several factor's dictated the final decision however, Transdata Inc came in with the lowest price for both software and hardware, as well as, offering the best overall support There are three bid items with a total quantity of 17 I E D 's involved Item Qty Description Unit Price Total Price A 10 Mark V electronic Kilowatt Mtr $1748 00 $17,480 00 Model EMS60L09S14SMPRTX B 5 Mark V electronic Kilowatt Mtr $1748 00 $8, 740 00 Model EMS60LO934SMPRTX C 2 Mark V Electronic Kilowatt Mtr $1748 00 $3,496 00 Model EMS60L08S24SMPRTX I respectfully submit the above items to your for approval "Dedicated to Quality Service" DATE JULY 2, 1996 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Ted Benavides, City Manager SUBJECT BID # 1905 - POWER TRANSFORMER RECOMMENDATION, We recommend this bid be awarded to the low evaluated vendor, Waukesha Electric Systems, in the total amount of $439,620 00 SIJMMARY: This bid is for the purchase of a power transformer for use at the Jim Christal Substation Bids were evaluated using the load loss equation to show total initial and operating cost Five bid proposals were received in response to twenty-five notices to bid mailed to prospective vendors BACKGROUND, Tabulation Sheet, Memorandum from Ray Wells dated June 13, 1996 PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED, Electric Substations Department, Electric Utility Division, Electric Utility Customers of the City the Denton FISCAL IMPACT. Budgeted funds for Electric Substation for 1995-96 account #611-080-RR87- CDJC-9217 Respectfully submitted Ted Benavides City Manager Prepared by Name Denise Harpool Title Senior Buyer Approved Name Tom D Shaw, C P M Title Purchasing Agent 747 AGENDA - - --j — � B ------ §d §§ ?ds § 7 § § k u - ■ � \2 � ƒ ; � u q q ( m § § - \ CITY OF DENTON MUNICIPAL UTILITIES 901-A TEXAS STREET DENTON TEXAS 76201 0 FROM DATE SUBJ TOM SHAW, PURCHASING AGENT RAY D. WELLS, SUPERINTENDENT SUBSTATIONS JUNE 13, 1996 POWER TRANSFORMER BID NO. 1905 The evaluation of bids for the Jim Christal substation power transformer has been completed We recommend the bid of Waukesha Electric Systems be accepted as the low evaluated bid meeting specifications I am attaching our tabulation sheet which list the evaluation criteria as listed in the bid specifications to our vendors I am requesting this be placed on the July 2, 1996 council agenda and I am submitting a council agenda item with supporting information Attachment ml cc R E Nelson Sharon Mays "Dedicated to Quality Service" POWER TRANSFORMER EVALUATION SHEET BID # 1905 BID NAME 15 MVA 3 PHASE POWER TRANSFORMER BIDOPEN MAY21,1996 Cost Evaluation Summary Table WAUKESHA WAUKESHA KUHLMAN ABBf60247 A STAR A B Base Price 439 090.00 406 778 00 1402,635 00 $4 22 950217 00 EnergyLosses Cost $21& 07%L0 $279 705 68 $338 912 56 $265 901170 40 Warran Value 100 00000 $100 000Field Installation Cost 2 500Field Service Cost Unloadin Cost 4% FOB Pena 12 60000 12 600600 00 Tax Ad ustment 24 953 94 T A U COS 68 85 6 9 65 Evaluation Factors W&LX_WHA I WAUKESHA KUHLMAN I ABB DELTA STAR A I B Warranty Period 5 vrs i yr 1 yr 5 yrs Field assembly requirements "OvIrs yes yes yes yes Cost of additional transformer 4810 $398 890 00 $398,60900 $395,27500 $401,12900 Lasts date to order adftional unit 4 wks 4 wks 26wks 8 wks 27 wks Certrfy Losses reference Temp 7 7 75c 7 75c Certify no load losses kw 14.92 1366 1312 1770 1650 Certify load Losses kw 07.7$ 5393 6711 4600 43 00 Total losses kw S .70 6759 18023 16370 15950 Total coolln re uirements kw 14 1 1 Is 16 1 2 Im endance in % at 15MVA 71 78 78 7 78 Reactive Com ensatlon Coat t $ti $29 250 00 $29 250 00 $26 250 00 $29 250 00 Guaranteed date of delive 3 7 3 97 26 wks 27 wks Spare Parts Cost 1 HV bushing 3483 3949 1 LV bushing 1330 742 1 HV arrester 4715 1 LV arrester 475 1 Cooling fan 1 560 1 Set of spare gaskets 400 372 E ui ment S ecltication Exceptions Load top changer Compliant Com liant Non —Compliant Compliant Tank n " Compliant " Construction B " Other " " " DATE JULY 2, 1996 TO Mayor and Members of the City Council FROM Ted Benavides, City Manager SUBJECT BID # 1912 - ANNUAL CONTRACT FOR SALE OF SCRAP ELECTRICAL WIRE AND METALS RECOMMENDATION. We recommend this bid be awarded to the high bidder, McKinney Metals at the percentages of the "American Metals Market", Houston price for the day of pickup Aluminum 67% Iron and Steel 52% Copper Insulated 45% Copper 100% SUMMARY; This bid is for the sale of scrap wire and metals from the City of Denton Electric Divisions Bins are located at the Spencer Pole Yard and pieces of scrap electrical wire, cable, iron and steel are collected The vendor will pick up these bins and pay the city a percentage of the price listed in the "American Metals Market" Houston for non-ferrous scrap on the day of pick up Eight notices to bid were mailed to vendors, two responded BACKGROUND. Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS -AFFECTED. Electric Divisions, Electric Utilities Electric Utility Customers of the City of Denton FISCAL. IMPACT: Revenue from this sale will be deposited in 610-000-4560-6705 Respectfully submitted Ted Benavides City Manager Prepared by `J Q Name Denise Harpool Title Senior Buyer Approved 44�� Name Tom D Shaw, C P M Title Purchasing Agent 744 AGENDA BID # 1912 BID NAME ANNUAL CONTRACT FOR SALE OF SCRAP ELECTRICAL WIRE AND METALS OPEN DATE JUNE 13,1996 MCKINNEY METALS DESCRIPTION w �NDOR _ � EXHIBIT "Bo 1 % ALUMINUM OLD ALUMINUM SHEET & CAST HIGH SIDE 2 % COPPER NON -INSULATED #1 HIGH SIDE 3 % COPPER INSULATED #1 HIGH SIDE 4 % IRON & STEEL #2 HEAVY MET? 67% 100 % 45% - _ - 52% [BID I # 1912 BID NAME ANNUAL CONTRACT FOR SALE OF SCRAP ELECTRICAL WIRE AND METALS OPEN DATE JUNE 13,1996 # QTY r DESCRIPTION 1 % _ ALUMINUM OLD ALUMINUM SHEET & CAST HIGH SIDE 2 % COPPER NON -INSULATED #1 HIGH SIDE 3 % COPPER INSULATED #1 HIGH SIDE 4 % IRON & STEEL #2 HEAVY METAL HIGH SIDE MCKINNEY METALS _'VENDOR_ 67% FULTON SUPPLY & RECYCLING - VENDOR-- 51 5% VENDOR VENDOR 100 % 95% 45% 43% 52% 62% DATE JULY 2, 1996 TO Mayor and Members of the City Council FROM Ted Benavides, City Manager SUBJECT BID #1913 - AUTOMATIC TRANSFER SWITCHGEAR RECOMMENDATION: We recommend this bid be awarded to the low bidder, Temple Inc, at the unit prices listed Padmount One Tap $22,231 Each Padmount Two Tap $24,027 Each Overhead One Tap $37,782 Each For an estimated annual total of $171,631 00 SUMMARY. This bid is for the purchase of automatic transfer switches for use by the Electric Distribution Department These switches will enable power load switching from a remote location to help ensure uninterrupted services to certain high use electric utility customers Quantities of bid are estimated annual usage The prices of the switches will be held firm for one year Four bid proposals were received in response to sixteen bid packages mailed to vendors BACKGROUND. Tabulation Sheet, Memorandum from George Pool dated June 14, 1996 PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED- Electric Distribution Department, Electric Utilities Division, Electric Utility Customers of the City of Denton FISCAL IMPACT. Budgeted funds for 1995-96 Electric Distribution, account #610-1031-1031-3650-9219 Respectfully submitted Ted Benavides City Manager Prepared by Name Denise Harpo l Title Senior Buyer A roved Name Tom D Shaw, C P M Title Purchasing Agent 748 AGENDA ( ) � -- ------- �— —$---- | | E 3 S > ® R --- , , — — G k � § � � § ®E `§§ �E J�o || e !0 2°§ § ■ ° § « ------ — — K �----- - — — — -- --- -- M E M O R A N D U M TO Denise Harpool, Senior Buyer, Purchasing FROM George Pool, Associate Engineer DATE June 14, 1996 SUBJECT BID #1913 FOR AUTOMATIC TRANSFER SWITCH GEAR The Electric Engineering Division recommends acceptance of the low bid from Temple on all three items for automatic transfer switchgear The bidders were Pad -Mounted ATO w/One Tap Pad -Mounted ATO w/Two Taps Overhead ATO w/One tap TEMPLE INC. $22,231 $24,027 $37,782 PRIESTER $22,640 $24,115 $38,145 CUMMINS 1 $22,861 1 $24,350 $38,500 TELCOM ELEC $28,437 $27,170 No Bid The switches will be used to meet the added reliability needs of our large commercial and industrial customers such as Sally Beauty Supply and other critical loads such as hospitals facilities cc R E Nelson, Executive Director of Utilities Sharon Mays, Director of Electric Utilities Ray Wells, Superintendent of Electric Operations CONTRACT AGREEMENT STATE OF TEXAS S \ COUNTY OF DENTON THIS AGREEMENT, made and entered into this 2 day of JULY A.D., 19 96 , by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through TED BENAVIDES thereunto duly authorized so to do, hereinafter termed "OWNER," and WAUKESHA ELECTRIC SYSTEMS P.O. BOX 268 2701 D.S. 117 SOUTH GOLDSBORO NC 27530 of the City of GOLDSBORO , County of WAYNE and State of NORTH CAROLINA , hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID # 1905 - POWER TRANSFORMER in the amount of $439,620.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, CA - 1 blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by CITY OF DENTON ELECTRICAL ENGINEERING STAFF all of which are made a part hereof and collectively evidence and constitute the entire contract. It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: ." .N WAUKESHA ELECTRIC SYSTEKS CONTRACTOR Waukesha Electric Systems 2701 U S. 117 South P 0 Box 268 Goldsboro, NC 27530 MAILING ADDRESS 919-580-3215 PHONE NUMBER 919-580-3254 FAX NUMBER BY Sr Technical Service Re TITL F ov Hinkson PRINTED NAME APPROVED AS TO FORM: // (SEAL) AAA0184D Rev 07/ CA- 3 *Bond Executed in Four Counterparts* PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § Bond No. 335 745 KNOW ALL MEN BY THESE PRESENTS: That WAUKESHA ELECTRIC & A Division of GS Power Systems, Inc. , of the City of mamwwA i<a0-U6 Pa d7( County of �.,, , and State of warts N047W {�OALIWA as PRINCIPAL, and Seaboard Surety Company as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the THE CITY OF DENTON as OWNER, in the penal sum of Foou HUNDRED THIRTY NINE THODSAND six HUNDRED TWENTY AND N0/100---------- Dollars ($ 439,620.00 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 2 day of JULY , 19 �1fi for the construction of BID # 1905 - POWER TRANSFORMER which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PB - 1 PROVIDED FURTHER, that if any legal action be filled upon this bond, venue shall lie in Denton County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 17th day of July , 1996. Waukesha Electric, A Division of GS _Power Svstems, Inc. Principal By ian B Twombl Tit e 1 V Vice President & Treasurer Address: I High Ridgy Park Stamford, CT 06905 (SEAL) Seaboard Surety Company Surety G&PAL a 2"-a" Title Attorney -In -Fact kLeslie A Address: 301 Tresser Blvd. Stamford, CT 06904-2120 (SEAL) The name and address of the Resident Agent of Surety 1s: Lawrence W. Waldie 3300 Commerce Tower, 2200 Ross Avenue, Dallas, TX 75201-7988 NOTE: Date of Bond must not be prior to date of Contract. Texas -Resident Countersigning Agent AAA0184D Rev. 07/28/94 PB - 2 Reilly ACKNOWLEDGMENT FOR ANNEXED INSTRUMENT STATE OF COUNTY OF Connecticut Fairfield On this 17th day of July , 1996 before me personally came Leslie A. Rei l l v who, being by me duly sworn, did depose and say that he is an Attorney -in -Fact of the Seaboard Surety Company and knows the corporate seal thereof, that the seal affixed to said annexed instrument is such corporate seal, and was thereto affixed by authority of the Power of Attorney of said Company, of which a Certified Copy is hereto attached, and that he signed said instrument as an Attorney -in -Fact of said Company by like Authority My Commission Expires MARY ANNE BURKE NOTARY PVHL1C MY COMMISSION EXPIRES AUG 31, 1996 Ack annexWn Acknowledged and Sworn to before me on the date above written *Bond Executed In Four Counterparts* PAYMENT BOND STATE OF TEXAS S COUNTY OF DENTON S Bond No. 335 745 KNOW ALL MEN BY THESE PRESENTS: That WAUKESHA ELECTRIC, Add( A Division of GS Power Systems, Inc. of the City of GOLDSBORO County of W_AYNE , and the State of Nie120a a as principal, and Seaboard Surety ComDdny authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto _ THE CITY OF DENTON , OWNER,in the penal sum of FAI7R H1&jHRED THIRTY NINE TN HRANn RTY NrtanREDTg M�-yr/1L•Bce;;,< v . tin_ FINANCIAL STATEMENT Seaboard Surety Campany Administrative Offices DECEMBER 31,1994 Bedminster New Jersey ASSETS LIABILITIES *Stocks and Bonds � $258,952,211 Reserve for Unearned Premiums $66 498 244 Cash in Office & Blinks 1,411 604 Claim Reserve 60 722 115 Accrued Interest 3827,478 Other Reserves 18 121 647 Outstanding Premiums 1332,906 Capital Stock 5 000 000 Accounts Receivable 5544,430 Surplus 121 808 566 Other Assets 1082,043 Total Admitteilt Assets $272,150,572 Total Liabilities $272 150,572 -Bonds and smcks are valued on basis approved by National Association of Insurance Commissioners Securities canned at $6 400 805 in the above statement are deposited for the purpose required by law STATE OF NEW JERSEY COUNTY OFSOMERSET ss I, G F THOMPSON, President of SEABOARD SURETY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the Financial Statement of said Company, as of December 31 1994 IN WITNES WHEREOF, I have signed this statement at New York, New York, this 17th day of July , 19 70 �gURE�C 4 �f1927 OP, . rF N w. Revved Form 157 It Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 17th day of July 19 96 Waukesha Electric, A Division of GS Power Systems, Inc. Principal By Titlel i ni16g T ,L,lly�' Address: 1 Nth Ridge Park (SEAL) Seaboard Surety Company Surety �0 TitleAttorne -In-Fa Leslie A. Reilly Address: 301 Tresser Blvd. u no74AMILIM-160YA (SEAL) The name and address of the Resident Agent of Surety is: Lawrence W. Waldie 3300 Commerce Tower, 2200 Ross Avenue, Dallas, TX 75201-7988 Texas Resident Countersigning Agent AAA0184D Rev. 07/28/94 PB — 4 ACKNOWLEDGMENT FOR ANNEXED INSTRUMENT STATE OF COUNTY OF Connecticut Fairfield On this 17th day of July , 1996 before me personally came Lesl ie A. Reilly who, being by me duly sworn, did depose and say that he is an Attorney -in -Fact of the Seaboard Surety Company and knows the corporate seal thereof, that the seal affixed to said annexed instrument is such corporate seal, and was thereto affixed by authority of the Power of Attorney of said Company, of which a Certified Copy is hereto attached, and that he signed said instrument as an Attorney -in -Fact of said Company by like Authority My Commission Expires M NROTARY P BLIC pdy, �oMMIS310N E%PiRES AU9 31 1999 Ack anne M n Acknowledged and Sworn to before me on the date above written EO'd -WIDI Marsh & MoLenWmp Incorporated 30i Trusser Boulevard PO Box 10120 stamfordl CT 06904 GENERAL SIGNAL CORP. AND/OR Waukesha Electric Systems P.O. Box 268 Goldsboro* NO 27530 maws sec oaa�omn n I COMPANIES AFFORDING COVERAGE I L000"W A TRAVELERS INDEMNITY OF XLL- U'F= 0 TRAVELERS INDEMNITY CO OP CT LffrmR C D M E ►i.-a FINANCIAL STATEMENT Seaboard Surety Company DECEMBER 31, 1994 Administrative Offices Bedminster New Jersey ASSETS LIABILITIES *Stocks and Bonds I $258 952,211 Reserve for Unearned Premiums $66 498 244 Cash in Office & Banks 1,411,604 Claim Reserve 60,722 115 Accrued Interest 3,827 478 Other Reserves 18,121 647 Outstanding Premiums 1,332,806 Capital Stock 5 000 000 Accounts Receivable 5544,430 Surplus 121,808 566 Other Assets 1 1,082,043 Total Admitted Assets $272,150,572 Total Liabilities $272 150 572 *Bonds and stocks are v tied on basis approved by National Association of Insurance Commissioners secunnes carried at $6 4 0 805 in the above statement are deposited for the purpose required by law STATE OF NEW JERSEY COUNTY OF SOMERSET ss 1, G F THO�PSON, President of SEABOARD SURETY COMPANY do hereby certify that the foregoing is a full, true and correct copy of the Financial Statement of said Company, as of December 31, 1994 IN WITNESS WHEREOF, I have signed this statement at New York, New York, this 17th day of July ,19 96 osueery� i N 1927 ,w Nf�? or MfM�d�' 4N Revised Form 157 t CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below. It is highly recommended that bidders confer with their respective Insurance carriers or brokers to determine in advance of Bid submission the availability of Insurance certificates and endorsements as prescribed and provided herein. If an apparent low bidder fails to comply strictly with the Insurance requirements, that bidder may be disqualified from award of the contract Upon bid award, all insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum Insurance coverage as indicated hereinafter. As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the protect Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time, however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted. • Each policy shall be issued by a company authorized to do business in the State of Texas with an A M Best Company rating of at least A • Any deductibles or self -insured retentions shall be declared in the bid proposal If requested by the City, the insurer shall reduce or eliminate such deductibles or self -insured retentions with respect to the City, its AA"0350 REVISED 10/12/94 Cl - 1 Insurance Requirements Page 2 officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. • Liability policies shall be endorsed to provide the following. •• Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers •• That such insurance is primary to any other insurance available to the additional Insured with respect to claims covered under the policy and that this Insurance applies separately to each insured against whom claim is made or suit is brought. The Inclusion of more than one Insured shall not operate to increase the Insurer's limit of liability • All policies shall be endorsed to provide thirty(30) days prior written notice of cancellation, non -renewal or reduction in coverage • Should any of the required Insurance be provided under a claims -made form, Contractor shall maintain such coverage continuously throughoutthe term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. • Should any of the required Insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims Investigation or legal defense costs to be Included in the general annual aggregate limit, the contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance • Should any required Insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse AAA00350 REVISED 10/12/94 Cl - 2 Insurance Requirements Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained In compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: Vq A General Liability Insurance: General Liability insurance with combined single limits of not less than $1, 000.000.00 shall be provided and maintained by the contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used• • Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage • Coverage B shall include personal injury • Coverage C, medical payments, is not required If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least, • Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability AAAW350 FMV18ED 10/12/94 CI - 3 Insurance Requirements Page 4 DO Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than si.000.000.00either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used In conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for: • any auto, or • all owned, hired and non -owned autos Da Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation Insurance which, in addition to meeting the minimum statutory requirements for Issuance of such Insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's Compensation Commission (TWCC) [ I Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or contractor's operations under this contract Coverage shall be on an AAA00350 Cl - 4 REVISED 10/12/94 Insurance Requirements Page 5 "occurrence" basis, and the policy shall be issued by the same insurance company that carries the contractor's liability Insurance Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate [ l Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building Limits of not less than each occurrence are required [ l Professional Liability Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement [ l Builders' Risk Insurance Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be provided Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear [ l Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications AAA00350 REVISED 10112194 CI - 5 Insurance Requirements Page 6 ATTACHMENT 1 [A Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A Definitions. Certificate of coverage ("certificate") -A copy of a certificate of Insurance, a certificate of authority to self -insure Issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation Insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - Includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity Persons providing services on the project ("subcontractor" in §406 096) - includes all persons or entitles performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all employees of the contractor providing services on the project, for the duration of the project AAAM350 REVISED 10/12194 Cl - 6 Insurance Requirements Page 7 C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the and of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended E The contractor shall obtain from each person providing services on a project, and provide to the governmental entity (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project, and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project F The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project H. The contractor shall post on each project site a notice, In the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage AAAM350 REVISED 10/12194 Cl - 7 Insurance Requirements Page 8 I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all of its employees providing services on the project, for the duration of the project, (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project, (3) provide the contractor, prior to the end of the coverage period, anew certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor (a) a certificate of coverage, prior to the other person beginning work on the project, and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project, (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project, and AAM0360 REVISED 10/12/94 Cl " 8 Insurance Requirements Page 9 (7) contractually require each person with whom It contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. - K The contractor's failure to comply with any of these provisions Is a breach of contract by the contractor which entitles the governmental entity to declare the contract void If the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity AAAW350 REVISED 10112M4 CI - 9 PROPOSAL FOR POWER TRANSFORMER City of Denton, Electric Utility Department, 901 B Texas Street, Denton, Texas 76201 ATTENTION Mr Tom Shaw, Purchasing Agent PROPOSAL FOR Power Transformer BID NUMBER # 1905 GENTLEMEN The undersigned bidder having read and examined these specifications and associated contract documents for the above designated equipment does hereby propose to furnish the equipment and provide the service set forth in this Proposal All prices stated herein are firm and shall not be subject to escalation provided this Proposal is accepted within sixty (60) days The undersigned hereby declared that the following list states any and all variations from, and exceptions to, the requirements' of the contract documents and that, otherwise, it is the intent of this Proposal that the work be performed in strict accordance with the contract documents PE12-. T?W M TAIt,ED'SPtZI1 ICATIoni. &4t� &O-CutT 2t—,&.A1Z61-AEY1JT-5 IaS(N�4t1'� AND A556uA-SE7> L-I� IS J7ESIGNt3� To CA/!AJ .d.`Ncpa� QAR.�iT l/pu¢-2ENTf WE LI-Q, WILL- NUT- I0ITIAir- AJD pm9LETt A I4A*j .c lAtJ'Ot�L Skgzx- c,�at AIT 4%l1)iTIUI.NS A QLbC4-JW(, (2C%-A'`r tb INGLLAbEl -To eizzJetqT -ram LTC YRarA I N %-T% wo nl6 /b taibl h4 6< U rJ D dL 16* Ltz " Co N D I T1 b 0 <. - The undersigned bidder hereby proposes to furnish one Power Transformer complete FOB, Denton, Texas, in accordance with these specifications and associated contract documents listed in GENERAL CONDITIONS, Article GC-1, for the firm lump sum price of QtT� !yt 6 Rot- F%&2 µuNDPzo 'DO LLhtL6 (Price in �oss� Lowtz-,Q. Fits+ co6T- 'DeS'/W (�.HaPx�D Savjzy,�T� EWG T-'0bLLALs Six m4cusn-Z) Srucnt The undersigned hereby declares that only the persons or firms interested in the Proposal as principal or principals are named herein, and that no other persons or firms that herein mentioned have any interest in this Proposal or in the Contract Agreement to be entered into, that this Proposal is made without connection with any other person, company, or parties likewise submitting a bid or proposal, and that it is in all respects for and in good faith, without collusion or fraud If this Proposal is accepted, the undersigned bidder agrees to submit drawings and engineering data in accordance with Section 1 C and to complete delivery of equipment and materials in accordance with the shipping schedule specified The undersigned fully understands that the time of drawings and data submittal and equipment and materials delivery is of the essence Dated at (o Las 2,0", tJ <'— this t"7T0 day of " A'` _, 1996 Bidder WNAK654A ELM7?AC- SY5ffr'ks 0 Title Atte Business Address of Bidder p0 Bo)l t2bg a7o I U, s .71 % 31�71d �smasF�eP�o, A/c o27,530 ,,// State of Incorporation (5eWa�,— 1GM9-L-- dV /VaJ Yo WC_ Address of Principal Office W#*Xa;914o E LECMe, $Y57m5 400 S• P,eAjair A✓E' WAA400A W1- S3184 PROPOSAL DATA 1 0 GENERAL A complete description of all proposed equipment and materials shall be submitted with the Proposal 2 0 SPARE PARTS Bidders shall submit a list of recommended spare parts which the Owner should stock for normal maintenance purposes The spare parts list shall be organized in the following format Item No required Unit price 3 0 EQUIPMENT DATA The information required on the following pages is to assist the Owner in evaluation of the Proposal The data listed herein shall not relieve the Contractor of his responsibility for meeting the requirements of the detailed specifications Note Write entries boldly with black ink or type entries using carbon black ribbon I POWER TRANSFORMER (Bidder's Name) Class Gallons of oil Gallons of oil shipped external to transformer Total shipping weight, lb Total weight of assembled transformer including oil, lb Weight of tank and fittings, lb Weight of oil, lb Weight of largest piece for handling during erections, lb Will transformer be shipped completely assembled Zu45Mr7o J�Jwen- sa 4 AL:'-59-28 GSoo qar/ ,5f00 8l0.500 ��13000 sa0L) ��Ias 95'0 8�e So0 ,gZ�/73500 NO If not, what parts will require field assembly Power requirements of cooling equipment at 100% rated load, kw Maximum calculated sound level, at rated 650 C FOA or FA load, decibels Approximate dimensions Height, inches Width, inches Depth, inches Unit Price for each additional identical Power Transformer Last date an identical Power Transformer unit could be cancelled without penalty if ordered Price adder for the short circuit tests No load loss at 550 C OA rating, kw 110% rated voltage, kw 100% rated voltage, kw 90% rated voltage, kw 75% rated voltage, kw 50% rated voltage, kw 25% rated voltage, kw Total loss at 550 C OA rating, kw 110% rated KVA, kw /%I a I- ✓ A&45/1A✓65 /}vJD Aa4z jI A5 4tL eAbl+nV-5 49A— Fans Pumps Total 7Sa8 al 3 /Jzr� a -a, /9 021 Y AtTZ .20 137 A ,I aof 43/,7)D.00 90 00 3 o0&".45 /W o 0o2oS, "Z) . (3-1) Am lGri Li9T�.YL 100% rated KVA, kw s� �o 47. 5�r 90% rated KVA, kw 75% rated KVA, kw 50% rated KVA, kw 25% rated KVA, kw Total loss at 55' C FA/FA or FOA rating, kw GArtn— 110% rated KVA, kw �`/ 5�' d ��� �! 0 100% rated KVA, kw /a t7 • a v a Og a 90% rated KVA, kw G-°''r'D" 75% rated KVA, kw — 50% rated KVA, kw 25% rated KVA, kw Guaranteed efficiency at 55° C OA FA or FOA rating 100% rated load, % 75% rated load, % 50% rated load, % 25% rated load, % Exciting current in % of full 550 C OA rated load current at 110% rated voltage 100% rated voltage 90% rated voltage Impedance of winding at nameplate 550 C OA rating / e2 S' 4 .z © o a 3 100% power factor, % 80% lagging power factor, % 80% leading power factor, % High voltage bushing manufacturer and type Guaranteed date of delivery D G"/ AT�d. ("z 7/ 92� 74 c M1w./V / 9 f